McPherson Contractors, Inc.

Size: px
Start display at page:

Download "McPherson Contractors, Inc."

Transcription

1 McPherson Contractors, Inc. Construction Manager Manual Bishop Professional Development Center Bid Package #3

2 *****FROM***** McPherson Contractors, Inc SW Fairlawn Rd., Suite 100 Topeka, Kansas Phone: (785) Fax: (785) Invitation to Bid Project: Bishop Professional Development Center Bid Package # SW 31 st Street Topeka, Kansas Bids Due: August 9 th at 2:00 PM AT THE DISTRICT OFFICE at 624 SW 24 th Street, Topeka, KS PRE-BID Meeting: July 31 st, 10:00 AM at the jobsite. Meet at the north entry. Attendance is strongly recommended. Architect: Schwerdt Design Group, Inc Contact: Jeff McGrath Phone: (785) , Ext. 102 Fax: (785) JeffM@mcphersonbuild.com estimating@mcphersonbuild.com Plans can be obtained at click on the "Access Plan Room tab in the middle of the page, click "online now" beside the Bishop Professional Development Ceter Bid Package #3. If there are any questions, please contact Jeff McGrath at JeffM@mcphersonbuild.com or estimating@mcphersonbuild.com All small businesses, MBE/WBE/SBE companies are encouraged to bid on this project. This is a bid packaged project. A specific Scope of Work (SOW) has been issued for each portion of the job. All bids are to be submitted on McPherson Contractors Bid Form. Bids for complete scopes are to be delivered to the DISTRICT OFFICE at the time above. Please review all construction documents thoroughly. A schedule has been issued and is part of the construction documents. Bid Bonds are NOT required. Payment and Performance Bonds are to be included if bid is over $100,000. Bids will be opened privately with the owner and architect present, and bid results will be given to individual bidders within 48 hours of the bid opening.

3 Bid Package #3 Bishop Professional Development Center BID FORM Project: Architect: Construction Manager: SUBMITTED TO: Topeka Public Schools USD SW 24th Street Topeka, Kansas Bishop Professional Development Center Schwerdt Design Group, Inc SW Wanamaker Road, Suite 303 Topeka, Kansas McPherson Contractors, Inc SW Fairlawn Road Topeka, Kansas The Bidder, in compliance with the Invitation to Bid for the Bishop Professional Development Center Project, having examined the Document Package, the ITB and associated documents, and being familiar with the site of the proposed work and with all of the conditions surrounding the site of the proposed work, including the availability of materials, labor, and equipment, hereby proposes to furnish all labor, materials, tools, equipment, machinery, equipment rental, transportation, superintendence, and miscellaneous items to provide all construction services for the complete performance of the bidders scope of work. Name of Bidder: Address of Bidder: Phone # of Bidder: of Bidder: Bid Package Bidding: --Bid Packages: --Bid Package #3a Unit Masonry --Bid Package #3b - General Trades --Bid Package #3c Roofing and Sheet Metal --Bid Package #3d- Aluminum Entrances and Storefront --Bid Package #3e- Gypsum Board Assemblies --Bid Package #3f- Flooring --Bid Package #3g- Painting --Bid Package #3h- Fire Suppression --Bid Package #3i- Plumbing --Bid Package #3j- HVAC --Bid Package #3k- Electrical; Data; Communications --Bid Package #3l- Earthwork and Storm Sewer --Bid Package #3m- Asphalt Paving --Bid Package #3n- Landscaping and Irrigation 1

4 Bidder acknowledges that this project is exempt from sales tax. (circle) Yes BASE BID Single Bid Package: $ BASE BID Combination Bid Package: $ Unit Prices: Unit Price #1: If required by addendum Unit Price #2: If required by addendum $ /SF $ /CY Addenda: The Bidder hereby acknowledges receipt and inclusion in the Bid Proposal the following addenda: Bishop Professional Development Center, Bid Package #3 (ACKNOWLEDGE ADDENDA BELOW) Addenda Number 1 Dated: 5/31/2018 (Bid Package #1) Addenda Number 2 Dated: 6/14/2018 (Bid Package #2) Addenda Number Dated: Addenda Number Dated: Addenda Number Dated: The bidder, having examined the Contract Documents and the site of the proposed Work and being familiar with all the conditions affecting the construction of the proposed project, hereby proposes and agrees to provide and furnish all labor, material, equipment, supervision and other items necessary to perform and complete, in a workmanlike manner, all Work required by the Contract Documents. Stated sums include fees, insurance, payroll taxes, and all other charges applicable to materials, appliances, labor and all charges that may be levied. This bid excludes sales tax. Bidder acknowledges they have reviewed the scope of work documents. Bidder acknowledges they have reviewed and agree to McPherson Contractor s Supplementary Conditions Bidder acknowledges they have reviewed the project schedule. DATED THIS DAY OF, 20. Name of Firm Address City and State By: Signature of Authorized Officer 2

5 ID % Task Task Name Duration Start Finish Complete Mode 0 13% Bishop Teacher's Center 365 days Mon 1/29/18 Mon 7/1/19 December January February March April May June July August September October November December January February March April May June July August September October N 1 42% Preconstruction 128 days Mon 1/29/18 Thu 7/26/ days 2 42% Building Design 128 days Mon 1/29/18 Thu 7/26/ days 3 100% 100% SD Documents 20 days Mon 1/29/18 Fri 2/23/ % Owner Review 100% SD 1 day Mon 2/26/18 Mon 2/26/ % SD Budget 10 days Tue 2/27/18 Mon 3/12/ % 100% DD Documents 44 days Tue 2/27/18 Fri 4/27/ % Asbestos Abatement 5 weeks Mon 3/26/18 Fri 4/27/ % Owner Review 100% DD 1 day Mon 4/30/18 Mon 4/30/ % Selective Demolition Bid Documents Complete 16 days Mon 4/30/18 Mon 5/21/ % Excavation/Site Utility Bid Documents Complete 20 days Mon 4/30/18 Fri 5/25/ % Building/Site Concrete Bid Documents Complete 20 days Mon 4/30/18 Fri 5/25/ % Structural Steel Bid Documents Complete 20 days Mon 4/30/18 Fri 5/25/ % DD Budget 10 days Tue 5/1/18 Mon 5/14/ % 100% Quality Control CD Set 40 days Tue 5/1/18 Tue 6/26/ % Bid/GMP Early Bid Packages 20 days Tue 5/29/18 Mon 6/25/ % Permit Early Bid Packages 20 days Tue 5/29/18 Mon 6/25/ % Owner Review 100% Construction Documents 1 day Wed 6/27/18 Wed 6/27/ % Quality Control Reviews 5 days Thu 6/28/18 Wed 7/4/ % 100% Construction Documents Complete 1 day Thu 7/5/18 Thu 7/5/ % Full Building Permit 15 days Fri 7/6/18 Thu 7/26/ % Bid/GMP Entire Project 15 days Fri 7/6/18 Thu 7/26/ % Construction 260 days Tue 6/26/18 Mon 7/1/19 100% SD Documents Owner Review 100% SD SD Budget 100% DD Documents Asbestos Abatement Owner Review 100% DD Selective Demolition Bid Documents Complete Excavation/Site Utility Bid Documents Complete Building/Site Concrete Bid Documents Complete Structural Steel Bid Documents Complete DD Budget 100% Quality Control CD Set Bid/GMP Early Bid Packages Permit Early Bid Packages Owner Review 100% Construction Documents Quality Control Reviews 100% Construction Documents Complete Full Building Permit Bid/GMP Entire Project 260 days 23 0% Renovation 250 days Tue 6/26/18 Mon 6/17/ days 24 0% Mobilize 2 days Tue 6/26/18 Wed 6/27/ % Demolition 20 days Thu 6/28/18 Wed 7/25/ % Above Ceiling Rough-in 40 days Fri 7/27/18 Fri 9/21/ % Window Replacement 25 days Fri 7/27/18 Thu 8/30/ % Underslab Rough-in 20 days Fri 8/3/18 Thu 8/30/ % Structure at Gym 25 days Thu 8/23/18 Thu 9/27/ % Interior Partition/Soffit/Ceiling Framing 30 days Fri 8/31/18 Fri 10/12/18 Mobilize Demolition Above Ceiling Rough-in Window Replacement Underslab Rough-in Structure at Gym Interior Partition/Soffit/Ceiling Framing Project: Bishop Teacher's Center Date: Mon 5/21/18 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Baseline Baseline Milestone Baseline Summary Progress Manual Progress Slack Page 1

6 ID % Task Task Name Duration Start Finish Complete Mode 29 0% Replace Roof 20 days Fri 9/28/18 Thu 10/25/ % Partition Rough-in 25 days Mon 10/15/18 Fri 11/16/ % Hang Drywall 20 days Mon 11/19/18 Mon 12/17/ % Tape and Finish Drywall 30 days Tue 12/18/18 Wed 1/30/ % Prime Paint 10 days Thu 1/31/19 Wed 2/13/ % Operable Partitions 10 days Thu 2/14/19 Wed 2/27/ % Ceiling Grid 15 days Thu 2/14/19 Wed 3/6/ % Install Doors and Hardware 15 days Thu 2/28/19 Wed 3/20/ % Lights and Diffusers 12 days Thu 3/7/19 Fri 3/22/ % Casework/Millwork/Special Finishes 25 days Thu 3/7/19 Wed 4/10/ % Ceiling Tile 7 days Thu 4/11/19 Fri 4/19/ % MEP Trim 20 days Mon 4/22/19 Fri 5/17/ % Flooring 20 days Mon 5/20/19 Mon 6/17/ % New Entries 133 days Tue 6/26/18 Wed 1/2/19 December January February March April May June July August September October November December January February March April May June July August September October N Replace Roof Partition Rough-in Hang Drywall Tape and Finish Drywall Prime Paint Operable Partitions Ceiling Grid Install Doors and Hardware Lights and Diffusers Casework/Millwork/Special Finishes Ceiling Tile MEP Trim Flooring 133 days 45 0% Foundations 15 days Tue 6/26/18 Mon 7/16/ % Steel Erection 20 days Tue 7/31/18 Mon 8/27/ % Exterior Framing/Sheathing 15 days Tue 8/28/18 Tue 9/18/ % Roofing 10 days Wed 9/19/18 Tue 10/2/ % Exterior Finishes 15 days Wed 10/3/18 Tue 10/23/ % Aluminum Storefront 18 days Wed 10/24/18 Fri 11/16/ % Interior Finishes 30 days Mon 11/19/18 Wed 1/2/ % Sitework 240 days Thu 6/28/18 Wed 6/5/19 Foundations Steel Erection Exterior Framing/Sheathing Roofing Exterior Finishes Aluminum Storefront Interior Finishes 240 days 53 0% Mass Excavation 40 days Thu 6/28/18 Wed 8/22/ % Site Utilities 50 days Thu 8/9/18 Thu 10/18/ % Curb and Gutter 30 days Fri 10/19/18 Fri 11/30/ % Paving 25 days Wed 3/13/19 Tue 4/16/ % Final Grading 15 days Wed 4/17/19 Tue 5/7/ % Landscaping 20 days Wed 5/8/19 Wed 6/5/ % Punchlist 7 days Tue 6/18/19 Wed 6/26/ % Final Inspections 2 days Thu 6/27/19 Fri 6/28/ % Turnover 1 day Mon 7/1/19 Mon 7/1/19 Mass Excavation Site Utilities Curb and Gutter Paving Final Grading Landscaping Punchlist Final Inspections Turnover Project: Bishop Teacher's Center Date: Mon 5/21/18 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Baseline Baseline Milestone Baseline Summary Progress Manual Progress Slack Page 2

7 SCOPE OF WORK Bishop Professional Development Center Bid Package #3a Unit Masonry The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Unit Masonry The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all unit masonry complete. 2. Includes all masonry accessories, including but not limited to, all mortar, grout, masonry reinforcing, flashing, anchors, weeps, mortar net and other accessories as required by the contract documents. 3. Unloading and handling of all masonry material and accessories. 4. Provide cleaning and rubbing of walls per the contract documents. 5. Provide and install all rebar caps as required. 6. Provide all temporary shoring and bracing as required. 7. Installation only of all loose lintels. 8. Include labor and material for all masonry patching. 9. Provide and install all temporary winter protection, including but not limited to, all tenting, heaters, and fuel as required to maintain the construction schedule and allow proper curing time of all masonry work. 10. All hoisting, scaffolding, and equipment as required to maintain the construction schedule. 11. Provide layout and field engineering as required to properly locate the work as designed. 12. Includes daily cleanup of all trash and debris to CM provided dumpster.

8 13. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

9 SCOPE OF WORK Bishop Professional Development Center Bid Package #3b General Trades The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Miscellaneous Rough Carpentry Sheathing (as applicable) Interior Architectural Woodwork Plastic-Laminate-Clad Architectural Cabinets Fluid-Applied Membrane Air Barriers Fiber-Cement Siding Joint Sealants Hollow Metal Doors & Frames Flush Wood Doors Door Hardware (as applicable) Folding Panel Partitions Wall and Door Protection Toilet, Bath, and Laundry Accessories Fire Protection Cabinets Fire Extinguishers Roller Window Shades Plastic-Laminate-Clad Countertops Solid Surfacing Countertops Per addendum Shade Structure Per addendum Ornamental Fencing The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole.

10 The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide (1) full-time laborer for general clean-up and as directed by the CM. 3. Provide all hoisting, unloading, and miscellaneous handling for all materials. 4. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 5. Includes all freight costs for all materials. 6. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 7. Provide all temporary protection of installed materials as necessary 8. Include all temporary shoring and bracing as necessary. 9. Daily cleanup of all trash and debris to CM provided dumpsters. 10. Provide all layout and field engineering as require to properly locate the work per the contract documents. 11. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Aluminum door hardware (materials and labor). 3. Exterior wall sheathing. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

11 SCOPE OF WORK Bishop Professional Development Center Bid Package #3c Roofing and Sheet Metal The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Formed Metal Wall Panels Metal Composite Material Wall Panels Thermoplastic-Polyolefin (TPO) Roofing Sheet Metal Flashing & Trim Joint Sealants (as applicable) The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install a complete TPO roofing system complete and in accordance with the contract documents. 2. Include tear-off and haul off of the existing roofing down to the roof deck. 3. Include demolition and haul off of sheet metal per the drawings. 4. Provide and install all roof accessories per the contract documents. 5. Coordinate with demolition and mechanical contractors for skylights, RTU s, etc. 6. Daily cleanup of trash and debris to a CM provided dumpster. 7. Provide all material hoisting and handling. 8. Provide all required lifts, scaffolding, etc. for a complete installation. 9. Provide all layout and field engineering as require to properly locate the work per the contract documents. 10. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion.

12 b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Mechanical roof demolition. 3. Skylight demolition. 4. Chain-link fence demolition. 5. Rooftop screen demolition. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

13 SCOPE OF WORK Bishop Professional Development Center Bid Package #3d Aluminum Entrances and Storefront The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Joint Sealants (as applicable) Aluminum-Framed Entrances and Storefront Door Hardware (as applicable) Glazing The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all aluminum entrances and storefront. 2. Provide and install glass and glazing. 3. Provide and install all non-framed mirrors. 4. Provide and install all joint sealants at storefront. 5. Include providing and installing of aluminum door hardware. 6. Daily cleanup of all trash and debris to CM provided dumpster. 7. All hoisting, unloading, and material handling. 8. All lifts, scaffolding, etc., as required for a complete installation. 9. Temporary protection of installed materials. 10. Any and all miscellaneous break metal as required to provide a complete installation and architectural look. 11. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion.

14 b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Skylight demolition. 3. Hollow metal/wood door hardware. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

15 SCOPE OF WORK Bishop Professional Development Center Bid Package #3e Gypsum Board Assemblies The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Sheathing (as applicable) Thermal Insulation Non-Structural Metal Framing Gypsum Board Acoustical Panel Ceilings Sound-Absorbing Ceiling Units The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 4. Includes all freight costs for all materials. 5. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 6. Provide all fire and acoustical caulking at all partitions. 7. Include cement backer board at all wall tile locations. 8. Provide all temporary protection of installed materials as necessary 9. Include all temporary shoring and bracing as necessary. 10. Daily cleanup of all trash and debris to CM provided dumpsters. 11. Provide all layout and field engineering as require to properly locate the work per the contract documents

16 12. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Firestopping of MEP penetrations. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

17 SCOPE OF WORK Bishop Professional Development Center Bid Package #3f Flooring The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Ceramic and Terrazzo Tiling Resilient Base and Accessories Resilient Tile Flooring Tile Carpeting The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 4. Includes all floor preparation as necessary. 5. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 6. Provide all temporary protection of installed materials as necessary 7. Daily cleanup of all trash and debris to CM provided dumpsters. 8. Provide all layout and field engineering as require to properly locate the work per the contract documents. 9. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be

18 replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Sealed concrete. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

19 SCOPE OF WORK Bishop Professional Development Center Bid Package #3g -Painting The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Exterior Painting Interior Painting The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Include any sealed concrete. 4. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 5. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 6. Provide all temporary protection of installed materials as necessary 7. Daily cleanup of all trash and debris to CM provided dumpsters. 8. Provide all layout and field engineering as require to properly locate the work per the contract documents. 9. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and

20 provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Sealed concrete. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

21 SCOPE OF WORK Bishop Professional Development Center Bid Package #3h Fire Suppression The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Automatic Fire Sprinkler System The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all firestopping of penetrations through walls as required. 4. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 5. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 6. Provide all temporary protection of installed materials as necessary 7. Daily cleanup of all trash and debris to CM provided dumpsters. 8. Provide all layout and field engineering as require to properly locate the work per the contract documents. 9. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request.

22 e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

23 SCOPE OF WORK Bishop Professional Development Center Bid Package #3i Plumbing The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Division 22 Plumbing Water Distribution The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all firestopping of penetrations through walls as required. 4. Provide all interior roof drain piping and adjustments. 5. Install all piping, below grade and above grade as specified. 6. Include excavation and compacted backfill for underground plumbing. Remove spoils to on-site storage area. 7. Provide exterior water distribution. Provide all staking, sawcutting, excavation, backfill, bedding aggregate, piping, and all accessories for the water lines and hydrants. 8. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 9. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 10. Provide all temporary protection of installed materials as necessary 11. Daily cleanup of all trash and debris to CM provided dumpsters. 12. Provide all layout and field engineering as require to properly locate the work per the contract documents. 13. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.)

24 a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Plumbing demolition. 3. Storm Sewer. 4. Sanitary Sewer. 5. Patchback of utility trenches. 6. Sawcut, removal and replacement of concrete for interior plumbing trenches. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

25 SCOPE OF WORK Bishop Professional Development Center Bid Package #3j HVAC The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Division 23 HVAC The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all firestopping of penetrations through walls as required. 4. Provide all rooftop demolition of mechanical units per the drawings. 5. Salvage units per the demolition drawing, include transport to designated location per the drawings. Coordinate with roofer. 6. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 7. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 8. Provide all temporary protection of installed materials as necessary 9. Daily cleanup of all trash and debris to CM provided dumpsters. 10. Provide all layout and field engineering as require to properly locate the work per the contract documents. 11. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be

26 replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. HVAC demolition under roof. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

27 SCOPE OF WORK Bishop Professional Development Center Bid Package #3k Electrical, Data; Communications The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Division 26 Electrical Division 27 Communications Division 28 Electronic Safety and Security The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all firestopping of penetrations through walls as required. 4. Include all low voltage work as specified. 5. Include all fire alarm, access control, and intrusion detection as specified. 6. Include temporary power and temporary lighting for all trades. Temporary lighting must be a minimum of 5 foot-candles in all construction areas. 7. Include all exterior concrete as needed (light pole bases, transformer pads, duct bank, etc.) 8. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 9. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 10. Provide all temporary protection of installed materials as necessary 11. Daily cleanup of all trash and debris to CM provided dumpsters. 12. Provide all layout and field engineering as require to properly locate the work per the contract documents.

28 13. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Electrical demolition. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

29 SCOPE OF WORK Bishop Professional Development Center Bid Package #3l- Earthwork and Storm Sewer The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Site Clearing Earth Moving Excavation Support & Protection Storm Utility & Drainage Piping The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. All site demolition, including but not limited to, removal of existing sidewalks, pavement, trees, clearing, grubbing and haul off of debris. 4. All saw cutting required for above mentioned demolition. 5. All earthwork, including but not limited to mass cut/fill, grading, and topsoil to final grade. 6. Scheduling and updating utility locates. 7. Backfill of all concrete foundation walls, concrete site walls, curb and gutter, sidewalks, and paving. 8. Provide, install, and maintain erosion control and inlet protection per the SWPPP, including temporary seeding and erosion mat per the documents 9. All storm sewer work including, but not limited to all excavation, backfill, bedding aggregate, structures, roof drain leaders, rip-rap, concrete flumes, aprons, inverts. 10. Protection of existing trees as shown on the drawings.

30 11. Mass Excavation and fine grading for curb and gutter, roads, parking lots, sidewalks, to +/- 1/10 of subgrade elevation. 12. All permanent geo-grid and aggregate base for roads, parking lots, and sidewalks as required by the contract documents. 13. Provide one concrete wash out pit, remove and haul off concrete wash out debris. 14. Dewatering. 15. If erosion control/bmp s are damaged by this contractor, this contractor will be responsible for repair and/or replacing. 16. Soils on this site are unclassified. 17. Include removal of interior excavation spoils. Spoils will be hauled by others to a designated spot on-site for removal off-site by this contractor. 18. Staking and Layout The excavation contractor will be responsible for all required surveying, staking and layout of your own work. 19. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 20. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 21. Provide all temporary protection of installed materials as necessary 22. Daily cleanup of all trash and debris to CM provided dumpsters. 23. Provide all layout and field engineering as require to properly locate the work per the contract documents. 24. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Water distribution. 3. Sanitary Sewer. 4. Footing excavation. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

31 SCOPE OF WORK Bishop Professional Development Center Bid Package #3m- Asphalt Paving The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Per Civil Plans The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide and install all asphalt paving per the plans and specifications. 4. Provide and install pavement markings, parking blocks, and exterior post signage. 5. Provide all fine grading work. Excavator to leave subgrade +/- 1/10 6. If erosion control/bmp s are damaged by this contractor, this contractor will be responsible for repair and/or replacing. 7. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 8. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 9. Provide all temporary protection of installed materials as necessary 10. Daily cleanup of all trash and debris to CM provided dumpsters. 11. Provide all layout and field engineering as require to properly locate the work per the contract documents. 12. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day.

32 c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. 2. Aggregate base. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

33 SCOPE OF WORK Bishop Professional Development Center Bid Package #3n- Landscaping and Irrigation The Work of this Agreement shall include but shall not be limited to labor, fringe benefits, materials, tools, equipment, supplies, samples, shop drawings, layout, handling, storage, hoisting, distribution, protection, transportation, supervision, contributions, coordination, permits, permit fees, compliance with all agencies (City, County, State and Federal), insurance, overhead, profit and all other services and facilities necessary for the performance of the Work as shown, detailed, and/or implied by the following documents and defined herein: A. Contract Documents, dated July 5, 2018 B. The Project Manual, dated July 5, 2018 Specification sections listed as the responsibility of this Contractor in defining the scope of work on this project include, but are not limited to: McPherson Contractors Construction Manager Manual Per Civil and Landscape Plans The Contractor is also responsible for trade specifications not specifically listed above but required by reference in the listed Specifications or as required to perform the Scope of Work described herein, as well as Division 1 specifications and the use of the Contract Documents as a whole. The Contractor acknowledges that the Contract Documents are not necessarily fully coordinated at 100% complete and accepts the responsibility to thoroughly review and analyze the complete set of Contract Documents to provide a complete system at no additional costs. This Scope of Work specifically includes, but is not limited to, the following: 1. Provide and install all work complete, per the specification sections listed above. 2. Provide all hoisting, unloading, and miscellaneous handling for all materials. 3. Provide all temporary protection of installed materials as necessary. 4. Provide and install all plants, seeding, sodding, and irrigation per plans and specifications. 5. Topsoil will be provided by the earthwork contractor. 6. Provide irrigation sleeves for installation by other trades (if necessary). 7. Provide temporary irrigation of installed materials if necessary. 8. Include any special soil mixes as required by the contract documents. 9. If erosion control/bmp s are damaged by this contractor, this contractor will be responsible for repair and/or replacing. 10. Provide all necessary equipment, man lifts, scaffolding, etc. for complete installation of all components. 11. Provide all adhesives, fasteners, sealants, etc. as required for a complete installation. 12. Provide all temporary protection of installed materials as necessary 13. Daily cleanup of all trash and debris to CM provided dumpsters. 14. Provide all layout and field engineering as require to properly locate the work per the contract documents.

34 15. Miscellaneous Requirements (Unless agreed to differently in the Owner/Contractor Agreement, or the Contract Documents.) a. Retainage will be 5%, but the owner can increase to 10% at their discretion. b. Liquidated Damages shall be $1,500/ day. c. All workers onsite shall be required to wear identification badges provided by the CM. Lost badges will be replaced at the cost of the subcontractor. d. All subcontractors will be required to verify that their onsite personnel do not have a felony conviction, and provide such proof to the CM upon request. e. No smoking at any location onsite. f. Interaction between workers and students/faculty/employees is prohibited. g. Parking at a location not immediately adjacent to the project, may be required. This Scope of Work specifically excludes the following: 1. Sales tax for the State of Kansas per the exemption certificate. Award of the project is contingent of proof of bidder s financial abilities, previous work track record, safety record, and other considerations. The bid form must be filled out completely, and bidders who fail to comply may be disqualified. The determination of a bidder s qualification for this project is at the discretion of the Owner and McPherson Contractors, Inc. only. All bidders are required to provide performance and payment bonds for all bids over $100,000.

35 SUPPLEMENTARY CONDITIONS VERSION

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

Educational & Performing Arts Center: Downriver Campus

Educational & Performing Arts Center: Downriver Campus Educational & Performing Arts Center: Total Estimated Project Construction Cost: $ 18.04 million Groundbreaking: September 2006 Percentage Completed: 100 percent Anticipated Completion Date: Completed

More information

CONTRACTOR QUALIFICATION FORM

CONTRACTOR QUALIFICATION FORM CONTRACTOR QUALIFICATION FORM Please TYPE or print in all blanks accurately, provide attachments and fax, mail or e-mail to: INTEGRITY CONSTRUCTION SERVICES, LLC. 829 WEST MAIN STREET, SUITE C GAYLORD,

More information

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 8423 must include the 1 616). Name of Company

More information

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101 PROJECT MANUAL Dickinson Research Reconstruction Lincoln University Project No: 53297-30 820 Chestnut Street N/A Jefferson City, Missouri 65101 CONSTRUCTION DOCUMENTS AUGUST 26, 2016 PREPARED FOR: LINCOLN

More information

INSURANCE SCHEDULE F

INSURANCE SCHEDULE F Trade Contractors, Subcontractors or Sub-Subcontractors INSURANCE SCHEDULE F Class A: Asbestos Removal Asphalt Paving Concrete Construction Managers Cranes Culverts Decking Demolition Deconstruction Earthwork

More information

State of North Carolina Prequalification Form for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification Form for First Tier Subcontractors under CM at Risk Pursuant to the statute, this form gathers information about the subcontractors seeking to qualify for the work and provides a general format for the prequalification criteria. Completing this questionnaire

More information

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 PROJECT MANUAL Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 Carol Vick Architect LLC - Architect 2000 North Loop W. Ste. 115 Houston,

More information

Construction to Permanent Loan Forms

Construction to Permanent Loan Forms Construction to Permanent Loan Forms Table of Contents Form A - Builder Acceptance Checklist and Questionnaire Form completed by builder for Builder Acceptance by the Lender. Form B - Builder s Letter

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE

More information

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL TRELLIS @ COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT A. INSTRUCTIONS Through this Request for Proposal, TRELLIS COMMUNITY DEVELOPMENT is seeking the

More information

Provide a lump sum cost for Pre-Construction Services as described in the RFP Scope of Work and the associated AIA agreement documents:

Provide a lump sum cost for Pre-Construction Services as described in the RFP Scope of Work and the associated AIA agreement documents: Proposal Pricing Form for Construction Management (CM) Services for the Waterbury Municipal Complex Waterbury, Vermont. To William A. Shepeluk, Town Manager The Town of Waterbury, Vermont 51 South Main

More information

Job Status Report w/hours 09/24/08

Job Status Report w/hours 09/24/08 Cost-To-Complete Job# = 186 Sample Company 2005 Job Status Report w/hours 186 Williams Post Office 1 General Requirements 1000.000 Budget 926 69,942 69,942 57 % 50 % 39,565 9,187 GENERAL REQUIREMENTS Cost

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e-mail (prequal@rockfordconstruction.com) or fax (1-616-285-8006 must include the 1-616). ALL AREAS

More information

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual Building Codes General Contractor shall be responsible for obtaining all necessary approvals and permits, and for compliance with all Federal State and Local codes and ordinances for each occupancy type.

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM February 7, 2014 ADDENDUM # 1 Project # 212061 Project Name: Quincy National Guard Armory Renovation FROM: Department of Military

More information

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Building Events 2004 2005 2006 2007 2008 Total Code Repair Add ventilation to storage room $ 1,000.00 $ - $ - $ - $ - $ 1,000.00

More information

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT

SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT SAN LUIS OBISPO COUNTY COMMUNITY COLLEGE DISTRICT UNIFORM CONSTRUCTION COST ACCOUNTING; INFORMAL BIDDING PREQUALIFICATION APPLICATION (Public Contract Code 22030 et seq. for Projects Valued Up to $200,000)

More information

MAKE CHECK PAYABLE TO MIAMI-DADE COUNTY

MAKE CHECK PAYABLE TO MIAMI-DADE COUNTY APPLICATION FOR PERSONAL CERTIFICATION APPLICATION FEES PERSONAL APPLICATION FEES JOURNEYMAN AND MAINTENANCEMAN. $ 240.00 MASTER AND INSTALLER...... $ 315.00 BUILDING/BUILDING SPECIALTIES PERSONAL CERTIFICATE.

More information

***This is a Registration Packet*** Not a Pre-Qualification Packet

***This is a Registration Packet*** Not a Pre-Qualification Packet ***This is a Registration Packet*** Not a Pre-Qualification Packet ROMOLAND SCHOOL DISTRICT Business Services Department 25900 Leon Road, Homeland, CA 92548 NOTICE TO CONTRACTORS TO REGISTER FOR PUBLIC

More information

1. CALL TO ORDER AND RECOGNITION OF A QUORUM

1. CALL TO ORDER AND RECOGNITION OF A QUORUM Mesa Union School District Agenda for the Special Board Meeting of the Board of Trustees to be held on Thursday, May 3, 2018, at 6:00 p.m. in the School Multi-Purpose Room located at 3901 North Mesa School

More information

Upton Town Hall Renovation

Upton Town Hall Renovation Project Manual Upton Town Hall Renovation 1 Main Street Upton, Massachusetts March 5, 2013 Town of Upton Board of Selectmen Kenneth E. Picard, Chair Robert J. Fleming James A. Brochu Town Manager Blythe

More information

ROWLAND UNIFIED SCHOOL DISTRICT

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM CONSTRUCTION COST ACCOUNTING; INFORMAL BIDDING PRE-QUALIFICATION APPLICATION (Public Contract Code 22030 et seq. for Projects Valued Between $45,000 and $175,000) FOR THE CALENDAR YEAR PRE-QUALIFICATION

More information

ARTISANS. Policy Fee: $50 BMIC (05-13) 1 ARTISANS

ARTISANS. Policy Fee: $50 BMIC (05-13) 1 ARTISANS ARTISANS SECTION PAGE ELIGIBILITY...2-3 PROGRAM DESCRIPTION...3-4 POLICYWRITING INSTRUCTIONS...4-5 PREMIUM MODIFICATIONS...5 DEDUCTIBLES...5-6 PROPERTY COVERAGE OPTIONS... 6-10 LIABILITY COVERAGE OPTIONS...

More information

SMALL WORKS ROSTER APPLICATION

SMALL WORKS ROSTER APPLICATION Small Works Roster Page 1 of 9 Introduction SMALL WORKS ROSTER APPLICATION Public Hospital District #4, King County (the District), is a taxpayer-supported special purpose district located in eastern King

More information

INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION

INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION EXHIBIT 1 INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION 1. All Sections must be addressed and completed. If a Section is not applicable to your operation, indicate NA in the

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

CITY OF FORT PIERCE BUILDING DEPARTMENT

CITY OF FORT PIERCE BUILDING DEPARTMENT CITY OF FORT PIERCE BUILDING DEPARTMENT APPLICATION FOR DETERMINATION OF SUBSTANTIAL IMPROVEMENT This is a request for determination by the City s Floodplain Administrator as to whether or not the project

More information

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS INVITATION FOR BID UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS PROJECT NO.: 17-0103 BID NUMBER: 17-09 Building Name: University Lake Annex Building Number: AO107 ISSUED:

More information

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

Anson County Early College High

Anson County Early College High NC School District/040 Anson County/High School Anson County Early College High Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

CONTENTS. Sparger Springs Townhomes Durham, NC

CONTENTS. Sparger Springs Townhomes Durham, NC CONTENTS 1.0 INTRODUCTION... 1 2.0 EXECUTIVE SUMMARY... 2 3.0 PURPOSE & SCOPE... 3 3.1 PURPOSE... 3 3.2 SCOPE... 3 3.3 SOURCES OF INFORMATION... 4 4.0 DESCRIPTION... 5 5.0 OBSERVATIONS... 6 6.0 RESERVE

More information

Detailed Project Budget

Detailed Project Budget Detailed Project Budget *Packet must include Attachment A and Attachment B* Kit Carson School District R1 2/23/2018 Total Project Cost: 32,135,362.19 Division of Public School Capital Construction Assistance

More information

PROFESSIONAL RESERVE STUDY

PROFESSIONAL RESERVE STUDY PROFESSIONAL RESERVE STUDY Seavue Condominiums 130-5 th Avenue South, Edmonds, WA 98020 For: Seavue Homeowners Association c/o Jay Grant Board President (202) 351-9399 Prepared By: Jeff Samdal, PE, RS,

More information

Laurel Hill Elementary

Laurel Hill Elementary NC School District/830 Scotland County/Elementary School Laurel Hill Elementary Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

HARFORD COUNTY PUBLIC SCHOOLS Havre De Grace Middle/High Replacement School NON-PREVAILING WAGE RATE

HARFORD COUNTY PUBLIC SCHOOLS Havre De Grace Middle/High Replacement School NON-PREVAILING WAGE RATE Package Low Bidder 02A SITEWORK Horst Excavating 03A BUILDING CONCRETE Sody Concrete 04A MASONRY Karon Masonry 05A STEEL SA Halac Iron Works, 06A GENERAL TRADES Homewood General Contractors, 07A ROOFING

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

CONSTRUCTION MANAGER S PROJECT MANUAL

CONSTRUCTION MANAGER S PROJECT MANUAL CONSTRUCTION MANAGER S PROJECT MANUAL Redbird Smith Health Center Annex Sallisaw, OK BID PACKAGE # 9C Ceramic Tile November 8, 2013 Architect: James R Childers Architects 10838 East Marshall Street Suite

More information

D\1\A. Columbia Public Schools New Northeast Elementary School Columbia, Missouri. Set No. Prepared by: PWA No.:

D\1\A. Columbia Public Schools New Northeast Elementary School Columbia, Missouri. Set No. Prepared by: PWA No.: PROJECT MANUAL FOR: Set No. Columbia Public Schools New Northeast Elementary School Columbia, Missouri Prepared by: Architect: D\1\A PWArchitects, Inc. 15 South Tenth Street Columbia, Missouri 65201 p:

More information

DRAFT FOR BOARD REVIEW. Prepared for: SPARGER SPRINGS TOWNHOME OWNER S ASSOCIATION & ALLENTON MANAGEMENT. Prepared by:

DRAFT FOR BOARD REVIEW. Prepared for: SPARGER SPRINGS TOWNHOME OWNER S ASSOCIATION & ALLENTON MANAGEMENT. Prepared by: DRAFT FOR BOARD REVIEW FULL RESERVE STUDY SPARGER SPRINGS TOWNHOMES DURHAM, NC Prepared for: SPARGER SPRINGS TOWNHOME OWNER S ASSOCIATION DURHAM, NC & ALLENTON MANAGEMENT Prepared by: CRITERIUM GILES ENGINEERS

More information

Subject: Capital Reserve Expenditure Guidelines. *incl. former OCHAP/CSHP Peel Access to Housing (PATH)

Subject: Capital Reserve Expenditure Guidelines. *incl. former OCHAP/CSHP Peel Access to Housing (PATH) HIP Housing In Peel Subject: Capital Reserve Expenditure Guidelines Date: August 1, 2012 Applicable To The information contained in this document applies to the following: Municipal & Private Non- Federal

More information

Agenda Item # 5b Page 1 of 43

Agenda Item # 5b Page 1 of 43 Page 1 of 43 Page 2 of 43 Page 3 of 43 Page 4 of 43 Page 5 of 43 Page 6 of 43 Page 7 of 43 Page 8 of 43 Page 9 of 43 Page 10 of 43 Page 11 of 43 Page 12 of 43 Page 13 of 43 Page 14 of 43 Page 15 of 43

More information

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562 1 T100 PROJECT LOCATION MAP Scale: NTS N Revisions: No. Date: Description: Scale As Indicated

More information

Urban Heights Condominium

Urban Heights Condominium Condominium Capital 2011 2010, AssociationAnalysis, LLC Condominium Prepared For: Table of Contents Condominium Association, Inc. 1642 Maxwell Road Atlanta, GA 30012 October 19, 2010 INTRODUCTION INTRODUCTION

More information

Cottonwoods at Vine. Reserve Study. October 2012

Cottonwoods at Vine. Reserve Study. October 2012 Reserve Study October 2012 Tab Table of Contents Reserve Study Analysis Executive Summary... Remaining Useful Life Analysis... Reserve Study Schedule... Annual Expenditures... Funding Plan Summary... Percentage

More information

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032 DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032 INVITATION TO BID The Dunwoody Library Staff Work Area Renovation Project #00118 December 19,

More information

Solicitation/Proposal/Award (Construction) PROPOSAL

Solicitation/Proposal/Award (Construction) PROPOSAL SOLICITATION: PL-K-REC-09-001-17-011, Amendment #03. Solicitation/Proposal/Award (Construction) PROPOSAL Offerors shall enter in the space below a Total Lump Sum Cost Proposal. A. Total Lump Sum Cost Proposal:

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

The Grande Phoenician at the Grande Preserve Condominium Association, Inc.

The Grande Phoenician at the Grande Preserve Condominium Association, Inc. The Grande Phoenician at the Grande Preserve Condominium Association, Inc. REMODELING YOUR UNIT A Guide for Unit Owners and their Contractors *Application Procedures *Application Form *Terms and Conditions

More information

Architect: WESKetch Architecture, Inc, Millington, NJ. William Kaufman/Tom Vierschilling

Architect: WESKetch Architecture, Inc, Millington, NJ. William Kaufman/Tom Vierschilling April 20, 2017 INVITATION FOR CONTRACTORS TO BID Project Address: 40 Maple Street Summit, NJ 07901 Project Summary Overview: Approximately 3,220 sf 3 rd story addition over existing 2 story building in

More information

Dear Subcontractor, Please find enclosed the following items for your review and acceptance:

Dear Subcontractor, Please find enclosed the following items for your review and acceptance: Dear Subcontractor, Savant Construction is in the process of updating our current data base of subcontractors. Our goal is to verify that all subcontractors providing bids have the ability to meet all

More information

CAPITAL PROJECT PROCESS

CAPITAL PROJECT PROCESS CAPITAL PROJECT PROCESS May 2009 GETTING STARTED What is a project? A project is defined as all work (maintenance & repair or renovation) that requires 5,000 or more in time and materials and/or is sufficiently

More information

PROJECT TIMELINE *

PROJECT TIMELINE * NAME OF HERITAGE PLACE: PREPARED BY: DURATION OF PROJECT: START DATE (ENTIRE PROJECT): DDMMYYYY END DATE (ENTIRE PROJECT) : DDMMYYYY PROJECT TIMELINE 20162017* Please provide your project timeline, including

More information

Pleasantdale Elementary

Pleasantdale Elementary DeKalb County School District/Elementary Schools Pleasantdale Elementary Final School Assessment Report May 20, 2016 PARSONS School Assessment Report Table of Contents School Executive Summary 5 School

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

I. PROJECT DESCRIPTION

I. PROJECT DESCRIPTION REQUEST FOR QUALIFICATIONS The Board of Education of the Mariemont City School District (the Owner ) is seeking sealed, signed, written qualification statements from qualified Construction Management firms

More information

NOTE: ONLY FULLY COMPLETED ORIGINAL APPLICATIONS INCLUDING ALL ADDITIONAL INFORMATION REQUESTED WILL BE CONSIDERED.

NOTE: ONLY FULLY COMPLETED ORIGINAL APPLICATIONS INCLUDING ALL ADDITIONAL INFORMATION REQUESTED WILL BE CONSIDERED. Tribal Employment Rights Commission Poarch Band of Creek Indians 5811 Jack Springs Road Atmore, Alabama 36502 Location: 3480 Highway 21 Phone: (251) 368-0606 Ext. 07 Fax: (251) 368-9312 TRIBAL EMPLOYMENT

More information

New York Project Specific Application For Insurance

New York Project Specific Application For Insurance New York Project Specific Application For Insurance 1. Named Insured(s): 2. Name of Principal(s): 3. 4. Project Name: 5. Project Address: 6. Project Start Date: Project Completion Date: 7. Project Website:

More information

PROFESSIONAL RESERVE STUDY

PROFESSIONAL RESERVE STUDY PROFESSIONAL RESERVE STUDY Cambridge Court 9512-1 st Avenue Northeast, Seattle, WA 98115 For: Cambridge Court Homeowners Association c/o Tim Kammer, Property Manager Condo Managements, Inc. 1661 Harbor

More information

FRANKLIN COUNTY BUILDERS ASSOCIATION, INC.

FRANKLIN COUNTY BUILDERS ASSOCIATION, INC. FRANKLIN COUNTY BUILDERS ASSOCIATION, INC. PLEASE READ CAREFULLY Dear Business Person: Thank you for your interest in the Franklin County Builders Association. The FCBA is a nonprofit trade association

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

Is Applicant: Individual Partner Corporation LLC Other: describe. Fax Number: Cell Number:

Is Applicant: Individual Partner Corporation LLC Other: describe. Fax Number: Cell Number: OREP/David Brauner Insurance Services 6760 University Ave., Suite 250, San Diego, Ca. 92115 Phone: 888-347-5273; Fax: 619-704-0567; Email: info@orep.org Date: Name of Applicant/Primary Owner(s): Company

More information

THIS IS A PAYMENT CLAIM MADE UNDER THE CONSTRUCTION CONTRACTS ACT 2002 A PAYMENT CLAIM MADE IN RELATION TO THE FOLLOWING CONSTRUCTION CONTRACT:

THIS IS A PAYMENT CLAIM MADE UNDER THE CONSTRUCTION CONTRACTS ACT 2002 A PAYMENT CLAIM MADE IN RELATION TO THE FOLLOWING CONSTRUCTION CONTRACT: THIS IS A PAYMENT CLAIM MADE UNDER THE CONSTRUCTION CONTRACTS ACT 2002 FROM: Name (or/payee) Contact Person/Representative Address Ph Email TO: Name (Owner/Principal/PAYER) Contact Person/Representative

More information

The Pillar Blueprint A FRAMEWORK FOR CONSTRUCTION FINANCING. Solution Based Lender

The Pillar Blueprint A FRAMEWORK FOR CONSTRUCTION FINANCING. Solution Based Lender A FRAMEWORK FOR CONSTRUCTION FINANCING Solution Based Lender What is the Pillar Blueprint? The primary goal of the Pillar Blueprint is to provide competitive, flexible mortgages for those planning on building

More information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

CONTRACTORS PROTECTOR PROGRAM

CONTRACTORS PROTECTOR PROGRAM CONTRACTORS PROTECTOR PROGRAM ITEM TABLE OF CONTENTS NSCO PAGE Applications... 1 Billing Procedures... 2 Eligibility and Underwriting Requirements... 1 Features and Coverages... 3 Inland Marine Coverages...

More information

CONTRACTORS PROTECTOR PROGRAM

CONTRACTORS PROTECTOR PROGRAM CONTRACTORS PROTECTOR PROGRAM ITEM TABLE OF CONTENTS NSCO PAGE Applications... 1 Billing Procedures... 2 Eligibility and Underwriting Requirements... 1 Features and Coverages... 3 Inland Marine Coverages...

More information

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS th Board of County Commissioners St. Johns County Florida BID NO: 16-55 ST. JOHNS COUNTY BUILDING SERVICES RENOVATION & REMODELING BID DOCUMENTS PROJECT SPECIFICATIONS St. Johns County Purchasing Department

More information

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143-129; and

More information

Industry Benchmarks For Trades

Industry Benchmarks For Trades Industry Benchmarks For Trades Air Conditioning, Refrigeration & Heating Services The main activities for businesses in this industry are installation, repair and maintenance of ventilation, air conditioning,

More information

MODESTE FIRE STATION PM FISCAL YEAR 2018 ASCENSION PARISH

MODESTE FIRE STATION PM FISCAL YEAR 2018 ASCENSION PARISH CONTRACT DOCUMENTS, TECHNICAL SPECIFICATIONS AND CONSTRUCTION DRAWINGS FOR RE-BID MODESTE FIRE STATION PM-18-07-003 FISCAL YEAR 2018 ASCENSION PARISH PARISH PRESIDENT Kenny Matassa COUNCILMEMBERS Oliver

More information

PROFESSIONAL RESERVE STUDY

PROFESSIONAL RESERVE STUDY PROFESSIONAL RESERVE STUDY Tamarack Village 10701 to 10798-221 st Lane NE, Redmond, WA 98053 For: Tamrack Village Homeowners Association c/o Jason Kozleski Board President 10790-221 st Lane NE Redmond,

More information

Our Focus: Your Future

Our Focus: Your Future Town of Fort Erie Infrastructure Services Our Focus: Your Future Prepared for Council-in-Committee Report No. IS-53-07 Agenda Date November 19, 2007 File No. 220102 Subject 5 YEAR FACILITY CONDITION STATUS

More information

NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017

NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017 NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary 5 Campus Dashboard

More information

Monday October 2, :30 PM Floyd Administration Center 1130 N. Salisbury Street - West Lafayette, Indiana

Monday October 2, :30 PM Floyd Administration Center 1130 N. Salisbury Street - West Lafayette, Indiana NOTE: Board Members have received data in advance regarding items listed on this agenda WEST LAFAYETTE COMMUNITY SCHOOL CORPORATION REGULAR MEETING BOARD OF SCHOOL TRUSTEES Monday October 2, 2017 6:30

More information

Construction Dynamics, Inc 6417 Fairfield Rd 400 Percival Rd Columbia, S.C Columbia, S.C

Construction Dynamics, Inc 6417 Fairfield Rd 400 Percival Rd Columbia, S.C Columbia, S.C Construction Dynamics, Inc /DESA, Inc A Joint Venture PRE-BID CONFERENCE Richland County Recreation Commission Crane Creek Gymnasium and Administration Addition Package 2B Solicitation # BL004-11-11 2:00PM,

More information

THIS IS AN APPLICATION FOR A BUILDING PERMIT

THIS IS AN APPLICATION FOR A BUILDING PERMIT THIS IS AN APPLICATION FOR A BUILDING PERMIT 1. Read these instructions and carefully complete the application. 2. No building or structure shall be erected, added to or structurally altered or the use

More information

CONDITIONS OF BID PROPOSAL

CONDITIONS OF BID PROPOSAL Solid Glass 1452 N Batavia Street Orange, CA 92867 P 714.771.1245 F 714.771.1246 License # 806961 C-17 CONDITIONS OF BID PROPOSAL Time Limitation This bid proposal is valid for 30 days at which time it

More information

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212 SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH Pocatello Idaho Stake Property # 584-2271 1353 Church Rd. Arbon, Idaho 83212 February, 2015 Prepared by Engineered Systems Associates, Inc. 1355

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

Anderson Creek Primary

Anderson Creek Primary NC School District/430 Harnett County/Elementary School Anderson Creek Primary Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

FORECLOSURE/EVICTION CLEANUP SUPPLEMENTAL APPLICATION (Complete in addition to ACORD General Liability Application)

FORECLOSURE/EVICTION CLEANUP SUPPLEMENTAL APPLICATION (Complete in addition to ACORD General Liability Application) FORECLOSURE/EVICTION CLEANUP SUPPLEMENTAL APPLICATION (Complete in addition to ACORD General Liability Application) Name of Applicant: Web site Address: State/Area of Operations: ANSWER ALL QUESTIONS IF

More information

Greenbelt Homes, Inc Budget

Greenbelt Homes, Inc Budget Greenbelt Homes, Inc. 2015 Budget October 9, 2014 First Presentation Finance/Board of Directors November 6, 2014 First Reading November 20, 2014 Second Reading and Approval November 20, 2014 Second Reading

More information

Builders Risk Plan Coverage Application

Builders Risk Plan Coverage Application Builders Risk Plan Coverage Application Thank you for your interest in Zurich s Builders Risk Plan. To provide you the most accurate and timely service, please be sure to read these directions carefully

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

STEVEN S PAGE THIS PAGE IS NOT PART OF THE PROPOSAL NOR A LEGAL DOCUMENT

STEVEN S PAGE THIS PAGE IS NOT PART OF THE PROPOSAL NOR A LEGAL DOCUMENT STEVEN S PAGE THIS PAGE IS NOT PART OF THE PROPOSAL NOR A LEGAL DOCUMENT Completing a major home renovation is not a simple procedure. There are many moving parts and factors involved to assure that your

More information

Davie County Early College High

Davie County Early College High NC School District/300 Davie County/High School Davie County Early College High Final Campus Assessment Report March 10, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

Social Housing Administration Directive No

Social Housing Administration Directive No Regional Municipality of Halton Social Housing Administration Directive No. 06-05 Date: August 30, 06 To: Federally-Funded Social Housing Providers subject to Operating Agreements under Section 95 of the

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

More information

Update With Site Visit

Update With Site Visit Update With Site Visit Le Chateau Bellevue, WA 10/28/2011 Report #1002 Phone: 253-241-8151 Fax: 360-872-8073 E-mail: jeremy@reservesolutions.net www.reservesolutions.net Le Chateau Client Info: REPORT

More information

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204 SPECIFICATIONS FOR LDS Portneuf HVAC Replace Furnaces Pocatello Idaho Stake Property #541 8860 8200 West Portneuf Road Pocatello, Idaho 83204 May 2017 Prepared by Engineered Systems Associates, Inc. 1355

More information

City of Corpus Christi Housing and Community Development

City of Corpus Christi Housing and Community Development City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST. Project # NG Armory Roof Replacement Sarasota, FL

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST. Project # NG Armory Roof Replacement Sarasota, FL AGENDA PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST Project # 217071 NG Armory Roof Replacement Sarasota, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS: Brad, Rachel, MSG Jonathan Croteau,

More information

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Concrete - Mildred L Day School Sprinkler and Pump Room Project Information Project 14669: RSU-21 Schools Additions and Renovations

More information

REPLACEMENT RESERVE GUIDE

REPLACEMENT RESERVE GUIDE CANADA MORTGAGE AND HOUSING CORPORATION REPLACEMENT RESERVE GUIDE What is the Replacement Reserve? The replacement reserve is a fund kept by each housing sponsor under the terms of its operating agreement

More information

Company Type: Corporation LLC Partnership Individual Joint Venture If Joint Venture, please describe: Additional Named Insured s (if any)

Company Type: Corporation LLC Partnership Individual Joint Venture If Joint Venture, please describe: Additional Named Insured s (if any) CONTRACTOR S POLLUTION LIABILITY APPLICATION SECTION 1 APPLICANT INFORMATION Applicant (Full Legal Name): Physical Address of Applicant: Mailing Address of Applicant: City: State: Zip Code: Established:

More information